Upload
others
View
2
Download
0
Embed Size (px)
Citation preview
Annual Service Contract for Providing Parking Attendants at Bank’s Office
Building, Rambagh Circle, Jaipur
Sealed tenders are invited from eligible contractor/firms for the captioned work.
1. Last date to download tender documents from website is August 08, 2017.
2. Last date of submission of tender documents is August 08, 2017 till 02:00 PM.
3. Tender will be opened on August 08, 2017 at 03:00 PM.
4. Tender Part-1 will contain the Bank’s standard technical and commercial
conditions for the proposed work, tenderer’s covering letter, tenderer’s
additional conditions, if any and the EMD of Rs. 10,000/- (sealed in a separate
envelope) along with the tender document fee of Rs. 500/-, both in the form of
Demand Draft/Pay Order in favour of Reserve Bank of India payable at Jaipur
and be sealed in one cover superscribing "Tender Part-1 for Annual Service
Contract for Providing Parking Attendants at Bank’s Office Building, Rambagh
Circle, Jaipur”.
5. Tender Part-2 will contain no conditions but only Bank’s schedule of quantities
and tenderer’s price bid only and be sealed in a separate cover superscribing
"Tender Part-2 for Annual Service Contract for providing Parking Attendants at
Bank’s Office Building, Rambagh Circle, Jaipur”.
6. Both these sealed covers will further be sealed in another envelope
superscribing "Tender for Annual Service Contract for providing Parking
Attendants at Bank’s Office Building, Rambagh Circle, Jaipur”, addressing
“The Regional Director, Estate Department, Reserve Bank of India,
Rambagh Circle, Jaipur” and be sent up to the date and in the manner as
described above.
7. Tenders received after the due date and time will not be accepted under any
circumstances.
For full details and downloading of tender forms, please see the attachment.
Arnab Roy
Regional Director
Date: July 17, 2017
Jaipur
1
RESERVE BANK OF INDIA
JAIPUR, RAJASTHAN - 302 004
S.NO. OF TENDER : _____________________
Name of the party in whose favour
Tender form has been issued : ______________________
(SEAL OF THE OFFICER)
………………………………………….......................................................................
2
Reserve Bank of India (RBI), Jaipur
Annual Service Contract for providing Parking attendants at RBI, Jaipur
PART – I
Name of the Agency: __________________________________________________
Address: _____________________________________________________________
Landline and Mobile: _______________________________________________
Last date of Submission: Before 1400 hours on August 08, 2017
3
Subject: Tender form for providing parking attendant at RBI, Jaipur Office Building
Instructions to Bidders
1. General:
The present tender is being invited for parking attendant under which the
contractor shall provide atleast FOUR parking attendants to manage the parking
of vehicles in the office premises of RBI, Jaipur. The parking attendants will work
in general shift (0900-1700 hrs.) for parking at office premises on five working
days. Schedule of Tendering events is given at Annexure ‘F’.
2. Eligible Bidders:
2.1. The Bidder should be providing similar kind of services for at least last three
consecutive years and having average annual turnover in Rajasthan of Rs. 30
lakh or above per year during the last three financial years for providing parking
attendants alone. The bidder should have experience of having done at least one
similar work costing not less than Rs. 10 Lakhs or two similar work costing not
less than Rs. 5 Lakhs or three similar work costing not less than Rs. 4 Lakhs .
2.2. The bidder should have experience of executing similar works (i.e. parking
attendants) at sensitive Government Offices/ installations namely at major
airports, sensitive defense establishments or nuclear power plants by providing
attendants for parking at least 400 vehicles at one location.
2.3. Should have valid license from the Rajasthan Government, if any. In any case, all
the parking attendants should have a valid driver’s license.
3. Qualification of The Bidders:
3.1. The Bidder, to qualify for the award of contract, shall submit a written power of
attorney authorizing the signatories of the bid to participate in the bid.
3.2. The bidder shall submit full details of his Agency/Firm or, if the bidder is a
Proprietorship/Partnership or a Private Limited Company, full details of ownership
and name of the directors.
3.3. Bidder shall submit a copy of (Permanent Account No. Card) under the Income
Tax Act.
3.4. Bidder must submit copies of all documents asked for in this tender, duly self-
attested, along with technical bid of the tender.
3.5. Bidder is required to confirm and declare with his bid that no agent, middleman or
any intermediary has been, or will be engaged to provide any services, or any
other item or work related to the award and performance of this contract. They
will have to further confirm and declare that no agency commission or any
payment which may be construed as an agency.
4
4. Tender Documents:
4.1. Contents of Tender Documents.
The Tender Invitation Document has been prepared for the purpose of inviting
tenders for providing parking attendant Services.
4.2. The bidder is expected to examine all Instructions, Forms, Terms and Conditions
in the Tender document. Failure to furnish all information required by the Tender
document or submission of a tender not substantially responsive to the Tender
document in every respect will be at the bidder’s risk and may result in rejection
of his bid.
4.3. The bidder shall not make or cause to be made any alteration, erasure or
obliteration to the text of the Tender document.
5. Preparation of Bids
5.1. Documents Comprising the Bid
Tender document issued for the purposes of tendering as described in Clause
4.1 (d) shall be deemed as incorporated in the Bid.
5.1.1. The bidder shall, on the dates given in the Notice Invitation to Tender, submit his
bid in sealed envelopes super-scribed with the name of the bidder particulars
Tender No, Title. The sealed envelope shall be addressed to the Regional
Director, Reserve Bank of India, Jaipur, Rajasthan - 302004, and dropped in
the tender box kept at Enquiry Counter near Main Gate, RBI Jaipur.
5.1.2. One copy of this Tender document with each page signed and stamped shall be
annexed to acknowledge the acceptance of the same.
5.1.3. The bidder shall deposit Bid Security /Earnest Money Deposit (EMD) of Rs.
10,000/- in the form of an Account Payee Demand Draft/Banker’s Cheque/Pay
Order drawn in favour of “Reserve Bank of India, Jaipur” issued by any
Nationalized/Commercial Bank along with the Tender document. EMD/Bid
security of the unsuccessful bidders will be returned to them at the earliest after
the award of the contract without interest. The bidder shall give particulars of
bank account (name of the account holder, type of account, account number,
address of the bank) for drawing the cheque EMD amount in case of
unsuccessful bidders.
5.1.4. The bidder shall furnish the details regarding total number of executed &
successfully completed contracts, as stated in Clause 2.1 & 2.2 and enclose
copies of contract award letters and experience certificate.
5.2. Bid Prices:
5.2.1. Bidder shall quote in the price bid, rates of wages for parking attendant no less
than the minimum wages as per current Minimum Wages Act, by giving break up
of basic wages, including VDA, allowances, relieving charges, other statutory
5
liabilities as mentioned in DGR notification & service charges. The prospective
bidders who do not meet the statutory requirements are liable to be rejected.
5.2.2. The bidders are also required to quote separately the wages as per the
provisions of Minimum Wages Act as applicable for the parking attendants,
including Relieving Charges, Statutory Liabilities, Service Tax/ GST, Service
Charges and any other charges but these rates however would not be reckoned
for deciding the L-1. The said rates will be payable to the attendants only.
5.2.3. Conditional bids/offers will be summarily rejected.
5.3. Form of Bid:
The Form of Bid shall be completed in all respects and duly signed and stamped
by an authorized representative of the Bidder.
5.4. Duration of Contract:-
The contract shall be valid for one year extendable for two more years subject to
review every year for satisfactory service only. The Bank reserves the right to
curtail or to extend the validity of contract on the same rates and terms &
conditions for such period as may be agreed to.
5.5. Bid Security:
5.5.1. Any Tender not accompanied by Bid Security/EMD of Rs. 10,000/- shall be
rejected.
5.5.2. Bid securities of the unsuccessful bidders will be returned to them at the earliest
after expiry of the final bid validity including extension of validity, if any, and latest
on or before the 30th day after the award of the contract. No interest shall be
payable on the same.
5.5.3. Bid Security shall be forfeited if the bidder withdraws his bid during the period of
Tender validity.
5.5.4. Bid Security shall be forfeited if the successful bidder refuses or neglects to
execute the Contract or fails to deposit the security deposit within the time frame
specified i.e. within a fortnight of award of contract which can be extended by the
Bank up to a maximum of further two weeks on the written request of successful
bidder.
5.6. Format and Signing of Bid:-
5.6.1. The bid shall contain no alterations, omissions or additions except to correct
errors made by the bidder, in which case such corrections shall be
initialed/signed and dated by the person or persons signing the bid.
6. Submission of Bids:-
6
6.1. The Agency should submit its bid in three parts. Each part should be submitted in
a separate sealed cover as under:-
(i) Bid Guarantee (Earnest Money) should be placed in a separate sealed cover
duly super scribed “BID GUARANTEE FOR AWARD OF CONTRACT FOR
PROVIDING PARKING ATTENDANT SERVICES”.
(ii) Technical Bid should be placed in a separate cover duly super scribed
“TECHNICAL BID FOR AWARD OF CONTRACT FOR PARKING ATTENDANT
SERVICES”. Part I
(iii) Price Bid should be placed in a sealed cover duly super scribed “PRICE BID
FOR AWARD OF CONTRACT FOR PARKING ATTENDANT”. Part II
Above three envelopes should be placed in a big envelope, which shall form the
main cover. This main cover must be super scribed “TENDER FOR AWARD OF
CONTRACT FOR PARKING ATTENDANT SERVICES 2017-18”.
The last date for submission of duly filled in tender forms is 08 August 2017 by
1400 hrs. The tender should be addressed to Regional Director, Reserve Bank
of India, Tonk road, Rambag Circle, Jaipur 302 004.
6.2. The sealed cover of Technical Bid should consist of the following documents:-
a) Self-attested copy of PAN No. card under Income Tax Act;
b) Self-attested copy of Goods and Service Tax Registration Number;
c) Self-attested copy of Valid Registration No. of the Agency/Firm/Company;
d) Self-attested copy of Certificate of Registration under Contract Labour
(Regulation & Abolition) Act 1970.
e) Self-attested copy of valid Provident Fund Registration Number;
f) Self-attested copy of valid ESI Registration Number;
g) Proof of average Annual Turnover as stated in Clause 2.1 supported by audited
Balance Sheets/ certification of Chartered Accountant.
h) Proof of experience as stated in Clause 2.2. Supported by documents from the
concerned organizations.
6.3. The sealed cover of Price Bid should contain i.e. Price Bid.
6.4. All the sealed covers shall be addressed to the Regional Director, Reserve
Bank of India, Rambag Circle, Tonk Road, Jaipur, and dropped in the Tender
Box available at Enquiry Counter near Main Gate, RBI Jaipur.
6.5. The tender shall remain valid and open for acceptance for a period of 90 days
from the last date of submission of tender/extended date if any.
7. Bids
7.1 Bid Opening:-
7
7.1.1. The Prequalification/ Technical Bids will be opened by a Tender Opening
Committee in the presence of the Bidders or of their authorized representatives
who choose to attend at the appointed place and time.
7.1.2. The bid of any bidder who has not complied with one or more of the conditions
prescribed in the terms and conditions will be summarily rejected.
7.1.3. Conditional bids will also be summarily rejected.
7.1.4. Financial bids of only the technically qualified bidders will be opened for
evaluation in the presence of qualified bidders or their authorized representatives
7.2 Right to accept any Bid and to reject any or all Bids:-
7.2.1. The Bank is not bound to accept the lowest or any bid and may at any time
terminate the tendering process without assigning any reason.
7.2.2. The Bank may terminate the contract if it is found that the contractor is black
listed during last 5 years by the any of the Govt.
Departments/Institutions/Autonomous bodies/Local Bodies/Municipalities/Public
Sector Undertakings, etc.
7.2.3. The Bank may terminate the contract in the event the successful bidder fails to
furnish the Security Deposit / Performance Security or fails to execute the
agreement within specified period.
7.2.4. The bids which are not in consonance of DGR Rates / Minimum Wages Act and
any other Labour laws will be treated as invalid.
8 Award of Contract:-
8.1 The Bank will award the contract to the successful evaluated bidder whose bid
has been found to be responsive and who is eligible and qualified to perform the
contract satisfactorily as per the terms and conditions incorporated in the bidding
document.
8.2 The Bank will communicate the successful bidder by electronic mail confirmed by
letter transmitted by Registered post that his bid has been accepted. (Hereinafter
and in the condition of contract called the “Letter of Award”)
8.3 The successful bidder will be required to execute an agreement within a period of
2 weeks from the date of issue of Letter of Award until extended by the Bank up
to a maximum of another two weeks.
8.4 The successful bidder shall be required to furnish a Performance Security in the
form of Security Deposit within 15 days of receipt of ‘Letter of Award” for an
amount of Rs. 10,000/- in the form of an Account Payee Demand Draft/Pay
Order/Banker Cheque issued from any Nationalized /Commercial Bank., in favour
of “Reserve Bank of India, Jaipur”.
8
The successful bidder can also apportion the EMD towards the security deposit.
The Performance Security / Security Deposit shall be returned within two months
after the expiry of contract and completion of all contractual obligations. In case
the contract period is extended further, the validity of Performance Security shall
stand automatically extended.
8.5 Failure of the successful bidder to comply with the requirements of above clauses shall constitute sufficient grounds for the annulment of the award and forfeiture of Bid Security.
8.6 All the columns shall be clearly filled in ink legibly or typed. The bidder should
quote the rates and amount tendered by him/them in figures and as well as in
words. Alterations, if any, unless legibly attested by the bidder shall disqualify the
tender. The bidder shall take care that the rate and amount may be written in
such a way that interpolation is not possible. No blanks should be left which
would be otherwise made the tender liable for rejection.
9 Terms & conditions
9.1 Contractor shall provide 4 uniformed parking attendants to the Bank for managing
the parking of vehicles during the normal work hours. The four parking
attendants will work in general shift (09.00 to 17.00) on working days (Mon to
Sat), for parking staff cars. They should have valid driving license for LMV.
The agency will quote the rates per shift of eight hours per person per day. In
case of revision in wage structure of attendants (if any) by the Government,
the incremental wages as applicable, will be payable on being claimed by
the bidder.
The number of attendants may vary from time to time. The attendants can be
increased or decreased at any stage depending upon the actual requirements by
the Bank.
9.2. The attendants provided shall be the employees of the Contractor and all
statutory liabilities will be paid by the contractor such as ESI, PF, Workmen’s
Compensation Act, etc. The list of staff going to be deployed shall be made
available to the Bank and if any change is required on part of the Bank, fresh list
of staff shall be made available by the agency after each and every change.
9.3. The contractor shall abide by and comply with all the relevant laws and statutory
requirements covered under various laws such as Minimum Wages Act, Contract
Labor (Regulation and Abolition) Act 1970, EPF Act, ESI Act and various other
Acts as applicable from time to time with regard to the personnel engaged by the
contractor for the Bank.
9.4. The antecedents of staff deployed shall be verified by the bidder from local police
authorities and an undertaking in this regard is to be submitted to the Bank.
9.5. The Contractor will maintain an attendance register in which day to day
deployment of personnel will be entered. While raising the bill, the deployment
9
particulars of the personnel engaged during each month, shift wise, should be
shown. The register shall remain available round the clock for inspection by the
authorized representatives of the Bank.
9.6. All liabilities arising out of accident or death while on duty shall be borne by the
contractor.
9.7. Adequate supervision will be provided to ensure correct & effective performance
of the services as per para 9.13 of this document and in accordance with the
assignment instructions agreed upon between the two parties. The parking
attendants shall ensure that there is no unidentified/unclaimed vehicle in the
buildings/premises. The vehicles that enter into the premises must be identified,
noted in the register and parked at designated places. For any visitor/guest, the
parking attendant may first check with the Security officer and then only allow the
visitor vehicle inside. A separate ingress/egress register to be maintained to note
the details of all outside vehicles entering and exiting the premises.
9.8. The contractor shall do and perform all such services, acts, matters and things
connected with the administration, superintendence and conduct of the
arrangements as per the directions enumerated herein and in accordance with
such directions, by the authorized representatives of the Bank may issue from
time to time and which have been mutually agreed upon between the two parties.
9.9. The Bank shall have the right, within reason, to have any person removed that is
considered to be undesirable or otherwise and similarly Contractor reserves the
right to change the staff with prior intimation to the Bank.
9.10. The contractor shall be responsible to protect all properties and equipment of the
Bank entrusted to it.
9.11. The personnel engaged by the contractor shall be smartly dressed in neat and
clean uniform and are required to display photo identity cards, failing which it will
invite a penalty of Rs.500/- each occasion. The penalty on this account shall be
deducted from the Contractor’s bills.
9.12. The personnel engaged should be of robust physique and project an image
of utmost discipline. They should be preferably between the ages of 21 and
35 yrs. old but not more than 45 years in any case. The Bank shall have
right to have any person removed in case they are not performing the job
satisfactorily. The contractor shall have to arrange the suitable
replacement in all such cases.
9.13. The eight hours shift will normally commence from 0900 hrs. up to 1700 hrs. But
the timings of the shift are changeable and can be fixed by the Bank from time to
time depending upon the requirements. Prolonged duty hours (more than 8 hrs.
at a stretch) shall not be allowed. No payment shall be made by the Bank for
double duty, if any. A fine of Rs. 500/- is liable in such cases from the
Contractor’s bill. Authorised Manager must organize surprise visits, at least
3 visits every week, to check the alertness and attentiveness of the parking
attendants. A separate register to this effect should be kept at the premises and
10
produced for inspection by the authorized representatives of the Bank. Failure to
carry out the minimum prescribed checks as above, will attract penalty of
Rs. 500/- per missed visit. The above will be closely monitored through Closed
Circuit Television (CCTV) and false claims will lead to immediate termination of
contract.
9.14. The parking attendants deployed by the Contractor shall work under overall
supervision & direction of the Protocol and Security Cell, RBI Jaipur.
9.15. During the course of contract, if any contractor’s personnel are found to be
indulging in any corrupt practices or causing any loss of property in the Bank, the
Bank shall be entitled to terminate the contract forthwith duly forfeiting the
contractor’s Performance Guarantee (Security Deposit).
9.16. The Bank shall not be responsible for providing residential accommodation to any
of the employee of the contractor.
9.17. The Bank shall not be under any obligation for providing employment to any of
the worker of the contractor after the expiry of the contract. The Bank does not
recognize any employee employer relationship with any of the workers of the
contractor.
9.18. In the event of any breach/violation or contravention of any terms and conditions
contained herein by the Contractor, the Security Deposit/EMD of the Agency shall
stand forfeited.
9.19. Any liability arising out of any litigation (including those in consumer courts) due
to any act of contractor’s personnel shall be directly borne by the contractor
including all expenses/fines. The concerned contractor’s personnel shall attend
the court as and when required.
9.20 The Contractor / Agency shall comply with the provisions of “the Sexual
Harassment of women at work place (Prevention, Prohibition and Redressal) Act,
2013”.
a) The contractor Agency shall be solely responsible for full compliance with the
provisions of the “sexual harassment of women at workplace (prevention
prohibition and Redressal) Act 2013” in case of any complaint of sexual
harassment against its employee within the premises of the Bank, the complaint
will be filed before the internal complaints committee constituted by the
contractor/ agency and the contractor/ agency shall ensure appropriate action
under the said act in respect of the complaint.
b) Any complaint of sexual harassment from any aggrieved employee of the
contractor against any employee of the bank shall be taken cognizance of by
the Regional Complaints Committee constituted by the Bank.
c) The contractor shall be responsible for any monetary compensation that may
need to be paid in case the incident involves the employees of the contractor,
for instance any monetary relief to Banks employee, if sexual violence by the
employee of the contractor is proved.
d) The contractor shall be responsible for educating its employee about prevention
of sexual harassment at workplace and related issues.
11
e) The contractor shall provide a complete and updated list of its employees who
are deployed within the Banks premises.
9.23 Requirement of Secrecy - The Agency shall not disclose directly or indirectly
any information, materials and details of the Bank’s infrastructure / systems/
equipment’s etc., which may come to the possession or knowledge of the Agency
during the course of discharging contractual obligations in connection with this
agreement, to any third party and shall at all times hold the same in strictest
confidence. The Agency shall treat the details of the contract as private and
confidential, except to the extent necessary to carry out the obligations under it or
to comply with applicable laws. The Agency shall not publish, permit to be
published, or disclose any particulars of the works in any trade or technical paper
or elsewhere without the previous written consent of the Bank. The Agency shall
indemnify the Bank for any loss suffered by the Bank as a result of disclosure of
any confidential information. Failure to observe the above shall be treated as
breach of contract on the part of the Agency and the Bank shall be entitled to
claim damages and pursue legal remedies. The Agency shall take all appropriate
actions with respect to its employees to ensure that the obligations of
nondisclosure of confidential information under this agreement are fully satisfied.
The Agency’s obligations with respect to non-disclosure and confidentiality will
survive the expiry or termination of this agreement for whatever reason.
9.24 Ensure that all persons employed by it, for the purposes for rendering the
services required by the Bank, are insured with authorized insurance companies,
for which no extra payment will be made by the Bank. The Bank will not be liable
for any damages/injuries to persons as a part of execution of this contract. The
Agency shall be responsible for any injury or damages to any persons, animals or
any other things and any claims made on account thereof.
10. Payment
10.1. The payment would be made on monthly basis for actual shifts manned/operated
by the personnel supplied by the contractor and based on the attendance sheets
duly verified by the Caretaker of the Bank, attested by the P&SO and other
supporting documents. No other claim on whatever account shall be entertained
by the Bank. The Contractor will ensure that workers engaged by him must
receive their entitled wages on time. In view of this, the following procedure will
be adopted.
a) Contractor shall pay their entitled wages on the last day of the month. It shall
not be linked to the payment of the bill.
b) Payment must be made by the service providers through ECS/NEFT/any other
electronic payment system. Under no circumstances payments will be made in
cash. To ensure this, service provider will get a bank account opened for every
engaged employee.
c) In order to ensure that such employee get their entitled wages on the last
working day of the month, the following schedule will be adhered to:
i) Monthly bill cycle will be from 24th day of the previous month to 23rd day of the
current month.
12
ii) Monthly bill as per above cycle, will be submitted by the service provider on 26th
of the current month.
d) The service provider must ensure that entitled wages of the employee are
credited to their bank account on the last working day of the month. Service
provider will not be given any relaxation in this matter.
e) While submitting the bill for the next month, the services provider must file a
certificate certifying the following:
i) Wages of employees were credited to their bank accounts on (date)
ii) ESI Contribution relating to workers amounting to Rs.___________ was
deposited on (date) (copy of the challan enclosed)
iii) EPF contribution relating to workers amounting to Rs.___________ was
deposited on (date) (copy of the challan enclosed)
iv) He is complying with all statutory Labour Laws including Minimum Wage
Act.
f) The service provider should submit the bill in accordance with the above time
schedule. In case, he fails to submit the bill by 26th of the month, even then he
has to make the payment to the employees on the last working day.
g) The contractor shall compulsorily issue the salary slip to every parking
attendant as per format below:
Name of Employee’s Month Designation No. of Days present:-
SALARY STATEMENT Payable paid
ESI No. PF No.
BASIC BONUS HRA GRATUITY OTHERS ALLOW. ADD. ALLOW/LATE DUTY GROSS WAGES OT GROSS WAGES + OT DEDUCTIONS(TAXES AND ANY OTHER CHARGES) NET PAYABLE (Rs.)
DEDUCTIONS AMOUNT EPF (%) ESI (%) SECURITY DEPOSIT TOTAL DEDUCTION:
10.2 Any damage or loss caused by contractor’s persons to the Bank in whatever form
would be recovered from the contractor.
10.3. The Bank will brief the contractor about the security perception and its sensitivity
to the personnel to be deployed by the contractor under the contract prior to 2 to
3 days of commencement of the Contract and this period will not be counted as
shift manned by contractor’s personnel for the purpose of payment under the
contract.
10.4
(a) In case any of contractor’s personnel deployed under the contract fails to report
in time and contractor is unable to provide suitable substitute in time for the
same it will be treated as absence and penalty of Rs. 500/- per vacant point for
13
shift be deducted from the contractors bill. The attendants deployed should not
be frequently changed. They should be deployed for at least a minimum of 3
months. The Bank will penalize the Contractor in case of frequent changes up
to an amount of Rs 1,000 per attendant relieved before 3 months (except on
short leave up to a maximum of 5 days with appropriate replacement on
not more than one such occasion during the 3 months).
(b) In case any public complaint is received attributable to misconduct /
misbehaviour of contractor’s personnel & is assessed as true by the Bank, a
penalty or Rs.500/- for each such incident shall be levied and the same shall be
deducted from contractor’s bill. Besides the parking attendant found involved in
the incident shall be removed from the Premises immediately.
(c) In case the contractor fails to commence/execute the work as stipulated in the
agreement or gives unsatisfactory performance or does not meet the statutory
requirements of the contract, Bank reserves the right to impose the penalty as
detailed below:-
i) 1% of annual cost of order/agreement per week, up to four weeks’ delay.
ii) After four weeks delay the Bank reserves the right to cancel the contract and
withhold the agreement and get this job carried out from other contractor(s)
in open market. The difference if any will be recovered from the defaulter
contractor and his earnest money/security deposit may also be forfeited.
10.5. If as a result of post payment audit any overpayment is detected in respect of any
work done by the agency or alleged to have done by the agency under the
tender, it shall be recovered by the Bank from the agency.
11. Force Majeure
If at any time during the currency of the contract, either party is subject to force
majeure, which can be termed as civil disturbance, riots, strikes, tempest, acts of
God etc. which may prevent either party to discharge his obligation, the affected
party shall promptly notify the other party about the happening of such an event.
Neither party shall by reason of such event be entitled to terminate the contract in
respect of such performance of their obligations. The obligations under the
contract shall be resumed as soon as practicable after the event has come to an
end or ceased to exist. If the performance of any obligation under the contract is
prevented or delayed by reason of the event beyond a period mutually agreed
upon, if any, or seven days, whichever is more, either party may at its option
terminate the contract.
12. Obligations of the bidder/ contractor:
12.1 The contractor shall have his/her own Establishment/Setup/Mechanism, etc. at
his/her own cost to ensure correct and satisfactory performance of his liabilities
and responsibilities under the contract.
14
12.2 If the contractor is a Registered Company/Partnership of two or more persons, all
such persons shall be jointly and severally liable to the Bank for the fulfilment of
the terms of the contract. Such persons shall designate one of them to act as
authorized signatory with authority to sign. The Company/Partnership shall not be
altered the authorized signatory without the approval of the Bank.
12.3 The contractor shall not engage any such sub-contractor or transfer the contract
to any other person in any manner.
12.4 The contractor shall indemnify and hold the Bank harmless from and against all
claims, damages, losses and expenses arising out of, or resulting from the
works/services under the contract provided by the contractor.
12.5 The bidder should submit attested copy of registration under the Contract Labour
(Regulation & Abolition) Act, 1970 of any other employer for whom he is currently
undertaking the work through contract Labour.
12.6 The bidder shall employ manpower not above the age of 45 years and below 21
years of age.
12.7 The contractor shall get parking attendants screened for visual, hearing, gross
physical defects and contagious diseases and will provide a certificate to this
effect. Bank will be at liberty to get anybody re-examined in case of any doubt.
Only physically fit personnel shall be deployed for duty. Violation in this regard is
liable to be penalized.
12.8 The contractor shall ensure that staff engaged by the contractor do not take part
in any staff union and association activities.
12.9 The contractor shall bear all the expenses incurred on the following items i.e.
Provision of uniforms(including name badges, belt and shoes), torches and cells,
lathis/ballams and other such gadgets to driver staff, stationary for writing duty
charts and registers and records keeping as per requirements.
12.10 The bidder shall provide the copies of relevant records during the period of
contract or otherwise even after the contract is over whenever required by the
Bank etc.
12.11 The bidder will have to enclose the proof/copies of the challans/Bank Account
statements showing payment of statutory dues for the previous month along with
monthly bills.
12.12 The bidder shall ensure full compliance with tax laws of India with regard to this
contract and shall be solely responsible for the same. The bidder shall submit
copies of acknowledgements evidencing filing of returns every year and shall
keep the Employer fully indemnified against liability of tax, interest, penalty etc. of
the contractor in respect thereof, which may arise. The contractor shall also
comply with all applicable statutory liabilities such as labour laws etc.
15
12.13 Contractor and its staff shall take proper and reasonable precautions to prevent
loss, destruction, waste or misuse the areas of the premises for which attendants
will be provided.
12.14 The contractor shall have his own Establishment and Mechanism to provide
periodic training of attendants deployed, to ensure correct and satisfactory
performance of his duties and responsibilities under the contract. A record of
such training should be maintained in a register and available for inspection at all
times. The training officer to meet the P&SO in charge once in a fortnight and
debrief on the training imparted.
12.15 That in the event of any loss occasioned to the Bank, as a result of any lapse on
the part of the contractor as may be established after an enquiry conducted by
the Bank, such loss will be made good from the amount payable to the tenderer.
The decision of the Bank in this regard will be final and binding on the agency.
12.16 The contractor shall ensure that its personnel do not at any time, without the
consent of the Bank in writing, divulge or make known any trust, accounts matter
or transaction undertaken or handled by the Bank and shall not disclose to any
information about the affairs of Bank. This clause does not apply to the
information, which becomes public knowledge.
13. Dispute Resolution
(a) Any dispute and or difference arising out of or relating to this contract will be
resolved through joint discussion of the authorized representatives of the
concerned parties. However, if the disputes are not resolved by joint
discussions, then the matter will be referred for adjudication to a sole Arbitrator
appointed by the Regional Director, RBI Jaipur.
(b) The award of the sole Arbitrator shall be final and binding on all the parties. The
arbitration proceeding’s shall be governed by Arbitration and Conciliation Act,
1996 as amended from time to time.
(c) The cost of Arbitration shall be borne by the respective parties in equal
proportions. During the pendency of the arbitration proceedings and currency of
contract, the Contractor shall not be entitled to suspend the work/service to
which the dispute relates on account of the arbitration and payment to the
contractor shall continue to be made in terms of the contract. Arbitration
proceedings will be held at Jaipur only.
14. Jurisdiction of Court
The Courts at Jaipur shall have the exclusive jurisdiction to try all disputes, if any,
arising out of this agreement between the parties.
16
Annexure – A to Part I Basic information
(Please submit along with documentary evidence)
Details/ particulars of the Parking Attendant providing agency
Sl.
No.
Particulars/Details to be filled in by the Company /
Firm / Agency
Details to be filled by the
Company/Firm/Agency
1.
Name of the Firm / Agency Company
2. Regd. Office / Business address of the Firm /
Agency /Company along with Telephone No., Mobile
No., fax number and E-mail, if any
(a) Whether having own office/Branch at
Jaipur. (if so, details thereof)
(b) Whether having office at any other important
cities of Rajasthan (if so details thereof).
3. Date of incorporation / Constitution
4. Work experience–Details of work experience as per
the requirement in the prequalification criteria
supported by work orders, documents/certificates. The
details along with documentary evidence of previous
experience, if any, of providing parking attendants for
the Reserve Bank of India at any centre or
government/semi-govt./public sector under- takings/
banks/ MNCs should also
17
5. Creditworthiness of the Firm / Agency/ Company and
their turn-over during the specified period (year-wise).
Copies of the Income Tax clearance certificates/Income
Tax Assessment orders along with the latest final
accounts of the business of the Firm/Agency/Company
duly certified by a Chartered Accountant should be
enclosed in proof of their creditworthiness and turn over
for previous three years viz. 2014-15, 2015-16 and
2016-17.
6. Whether registered with Labour Department under the
Contract Labour (Regulation and Abolition) Act, 1970. If
yes, indicate date of registration.
7. Whether the firm/agency/company is adhering to the
Minimum Wages Act, other provisions relating to
Provident Fund deduction or any other legal provisions
relating to providing of the service.
8. Whether the firm/agency/company is registered with the
PF, ESIC and registration is currently valid.
Whether the firm/company is regularly remitting the
Service Tax/GST. (Please enclose copies of the above)
9. Whether the police verification of antecedents of their
personnel being deployed is got done or not.
10. Name and address of the bankers (full detail)
along with following details:
a) Working capital available on an average
b) Bank finance availed (if any)
c) Working capital limit availed
11. Name and address of the clients along with full details.
12. Indicate if involved in any litigation.
18
13. Any civil suits pending in any of the orders executed,
give details.
14. PAN Number
DECLARATION
1. The above information is true to the best of my knowledge and if any information is found untrue
or false I may be debarred from the tender process/being given the contract.
2. I/We agree to abide by the terms and conditions stipulated by the Bank and mentioned in
Annexure.
3. I/We understand that the Bank reserves the right to accept or reject any or all the tender either
in full or in part without assigning any reason therefor.
Dated:
Signature
Name and seal of the TENDERER
Part I
Details of previous experience
S.No. Nature of
service
rendered
Name, address &
Telephone number
of the client (Govt.
/ Semi-Govt / bank
/others
Name, full
address &
telephone number
of the person
concerned under
whom the work
was carried out.
Number of persons deployed
Supervisor Attendants
Place:
Date:
Signature of the applicant with Seal
Annexure-C to Format I
Details of Banker/s
(To be given on applicant’s letter head)
Name of the Branch and its complete
postal
Address
Name and Job-title of the Contract
Person along with his/her Telephone
No(s) and Fax No. (s) Etc.
Type of Account and Account No.
The period from which the service
provider has been banking with the
Banker.
Any other information which the service
provider may like to furnish about its
Bankers:
IFSC code of the Branch
Authorised signatory (With name and seal)
Place: Date:
Annexure-D to Format I
FORM OF BANKERS' CERTIFICATE FROM A SCHEDULED BANK
(To be submitted by the Tenderer along with the Tender)
1. Composition of the firm (whether Partnership/ Private Limited/ Proprietorship/ Public Ltd.)
2. Name of the Proprietor/ Partners/ Directors of the firm.
3. Turnover of the firm for the last 3 years (year wise).
4. Credit facility/ Overdraft facility enjoyed by the firm.
5. Dealings
6. The period from which the firm has been banking with the bank.
7. Any other remarks.
8. You may also kindly forward your opinion whether the above firm is considered financially sound
to be entrusted with the contract for works estimated to cost Rs. 20 Lakh per annum.
(Signature) For the bank
Date:
Note:
i. Bankers' certificates should be on letter head of the Bank.
ii. In case of partnership firm, certificate to include names of all partners as recorded with the
Bank.
Annexure E
CONFIDENTIAL Client’s certificate regarding performance of firm/agency/company providing
parking attendants services
Name and address of the Client:-
Details of fire service availed from M/s…………………………….
Sr. No. Particulars Comments
1 Nature of parking attendants service availed
2 Agreement No. and date
3 Agreement amount
4 Since when dealing with the
firm/agency/company
5 Number of personnel provided
a. Ex-service men
b. Other trained persons
c. Untrained persons
6 Comments regarding adherence of terms
and conditions of contract
7 Any penalty imposed for non-adherence of
terms and conditions of contract
8
Any other information
Place:
Date:
Signature of the Authorised Official
(with seal)
Reports must be submitted in client’s official sealed cover of the letter head of the client and to
be addressed to the Regional Director, Reserve Bank of India, Rambag Circle, Tonk Road,
Jaipur – 302 004.
Annexure F
Bid Document Availability Bidding document can be obtained from our office or
can be downloaded from website: From : 17 July, 2017 11:00 hours.
To : 08 August, 2017 14:00 hours Last date for requesting clarification (optional)
Up to 14:00 hours on 08 August, 2017
Last date of submission of Tender Up to 14:00 Hours on 08 August, 2017 Opening of Technical Bids At 15:00 on 08 August, 2017
Authorised representatives of vendors may be present during opening of the Technical Bids. However Technical Bids would be opened even in the absence of any or all of the vendors’ representatives.
Opening of Commercial Bids On a subsequent date, which will be communicated to such bidders who qualify the Eligibility Criteria and Technical Bid.
Contact Details Address for Communication and submission of bid.
Estate Department
Reserve Bank of India
Second Floor, Tonk Road
Rambagh Circle Jaipur - 302 004
Telephone Landline : 0141 - 2573266 Fax : 0141 - 2563016
Part II – PRICE BID
(To be submitted separately in a sealed envelope indicating price bid)
Name of Tenderer: _____________________________________________________
Address: _____________________________________________________
_____________________________________________________
_____________________________________________________
Format II (Price Bid) (To be given on Applicant’s letter head)
In connection with the above and in full agreement with the terms and conditions as
stipulated by you I/We state as under:
Services to be Provided (A)
No. of persons required
(A)
Rate per person per
month (B)
Amount per month
Attendants to park vehicles (Cars, Scooters, Cycles etc.). The parking attendant may be required to park vehicles as a valet. The attendant will be required to keep record of all vehicles coming into the Banks premises.
4 (Four)
Total per Month (in INR)
Note:
* Prices should be quoted lump -sum inclusive of all expenses incurred towards
deployment including pay, all taxes, statutory charges, cess, service tax/GST or
any other applicable tax/charges levied by the Govt. etc.
*The rates quoted are inclusive of reliever charges. No extra amount will be paid for
posting a reliever.
I have gone through the terms and conditions and am agreeable to them.
Authorized Signatory
(With name and seal)
Place:
Date: